FEDERAL MINISTRY OF HEALTH
DEPARTMENT OF PUBLIC HEALTH
NATIONAL TUBERCULOSIS, LEPROSY AND BURULI-ULCER CONTROL PROGRAMME
INVITATION TO SUBMIT EXPRESSION OF INTEREST (EOI)
APPLICATION FOR OF VARIOUS SERVICES (GLOBAL FUND GRANT)
1. INTRODUCTION
The National Tuberculosis and Leprosy Control Programme (NTBLCP) is a division in the Department of Public Health, Federal Ministry of Health (FMOH), and is saddled with the responsibility of controlling Tuberculosis in Nigeria. The NTBLCP has received the Global Fund grants for Tuberculosis (TB) and Resilient & Sustainable Systems for Health (RSSH) for the years 2024 to 2026 as a Principal Recipient. The role in the grant is to coordinate all public sector Global Fund implementation and provide national guidance.
2. SCOPE OF SERVICES
NTBLCP is soliciting interested and reputable Service Providers, Contractors, Suppliers, and Organisations with relevant experience in the provision of services in the following areas during the grant implementation period. Prequalified service providers would be registered on the NTBLCP vendor database.
SERVICES (Expression of Interest)
LOT 1:
1a. Engagement of a technical service organisation for readiness assessment and strategic guidance.
1b. Engagement of a technical service organisation for the development and operation of a Nigeria National and State-Level Health Information Exchange and key registries.
3. ELIGIBILITY REQUIREMENTS
a. Evidence of Certificate of Incorporation with the Corporate Affairs Commission (CAC), including Forms CAC2 and CAC7 (or CAC 1.1).
b. Evidence of the Company’s Income Tax Clearance Certificate for the last three (3) years valid till 31st December 2025; with a minimum average annual turnover of N20,000,000.00.
c. Evidence of Pension Clearance Certificate valid till 31st December 2025 (this requirement is only applicable to bidders whose number of staff is 5 and above).
d. Evidence of Industrial Training Fund (ITF) Compliance Certificate valid till 31st December 2025 (this requirement is only applicable to bidders whose number of staff is 5 and above or the bidder’s annual turnover is N50m and above).
e. Evidence of Nigeria Social Insurance Trust Fund (NSITF) Clearance Certificate valid till 31st December 2025.
f. Evidence of Registration on the National Database of Federal Contractors, Consultants and Service Providers by submission of Interim Registration Report (IRR) expiring on 31st December 2025; or valid Certificate issued by BPP.
g. Sworn Affidavit disclosing whether or not any officer of the relevant committees of the National Tuberculosis and Leprosy Control Programme or the Bureau of Public Procurement is a former or present Director, shareholder or has any pecuniary interest in the bidder and to confirm that all information presented in its bid are true and correct in all particulars.
h. Company’s Audited Accounts for the last three (3) years – 2022, 2023, 2024.
i. Reference Letter from a reputable commercial bank in Nigeria, indicating willingness to provide credit facility for the execution of the project when needed.
j. Verifiable documentary evidence of at least three (3) similar jobs (in size, nature & complexity) executed in the last five (5) years including Letters of Awards, Job Completion Certificates and Photographs of the projects.
k. Company’s Profile with the Curriculum Vitae of Key Staff to be deployed for the project, including copies of their Academic/Professional qualifications
l. For Joint Venture/Partnership, Memorandum of Understanding (MoU) indicating Lead Partner should be provided (CAC, Tax Clearance Certificate, Pension Clearance Certificate, ITF Compliance Certificate, NSITF Clearance Certificate, IRR & Sworn Affidavit are compulsory for each JV partner);
Note: All documents for submission must be transmitted with a Covering/Forwarding letter under the Company/Firm’s Letter Head Paper bearing amongst others, the Registration Number (RC) as issued by the Corporate Affairs Commission (CAC), Contact Address, Telephone Number (preferably GSM No.), and e-mail address. The Letterhead Paper must bear the Names and Nationalities of the Directors of the Company at the bottom of the page, duly signed by the authorised officer of the firm.
4. SUBMISSION OF EOI DOCUMENTS
Interested firms are to submit two (2) bound copies of the Expression of Interest (EoI) documents separated by dividers and arranged as indicated above. The documents should be submitted in a sealed envelope and addressed to The Chairman, Bid Evaluation Committee, National Tuberculosis and Leprosy Control Programme No 16, Bissau Street, Zone 6, Wuse Abuja and clearly marked with the name of the project and the Lot number. Furthermore, the reverse side of each sealed envelope should bear the name and address of the bidder and be dropped in the designated Tender Box at 2nd floor, NO 16, Bissu Street, Wuse, Zone 6 not later than 12:00 noon Friday, 23rd January 2026 .
5. OPENING OF EOI DOCUMENTS
The EOIs will be opened immediately after the deadline for submission at 12:00 noon Friday, 23rd January 2026 in the conference Room, no 16, Bissau Street, Zone 6, Wuse, Abuja in the presence of bidders or their representatives, please, ensure that you sign the Bid Submission Register in the office of the Chairman Bid Evaluation Committee, as the NTBLCP will not be held liable for misplaced or wrongly submitted bids. For further enquiries, please contact the “Chairman Procurement Committee procurement@ntblcp.org.ng
You need to be logged in to view the rest of the content. Please
Log In. Not a Member?
Join Us
No Comments
Sorry, the comment form is closed at this time.